|
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 25,1996 PSA#1708U.S. Dept. of Commerce, NOAA, WASC, Procurement Division WC3, 7600 Sand
Point Way NE, BIN C15700, Seattle, WA 98115 20 -- SHIP AND MARINE EQUIPMENT SOL 52ABNF700023 DUE 111296 POC For
further information, call Contract Specialist Kristine Hostetler at
206-526-4546 This is a combined synopsis/solicitation for commercial
items prepared in accordance with the format in Subpart 12.6 and FAR
15, as supplemented with additional information included in the notice.
This announcement constitutes the only solicitation; proposals are
being requested and a written solicitation will not be issued.
Solicitation #RFP 52ABNF700023. The solicitation document and
incorporated provisions and clauses are those in effect through Federal
Acquisition Circular 90-41. This is a full and open procurement under
SIC 2399, Fabricated Textile Products Not Elsewhere Classified. There
are three contract line items, one of which is an alternate: CLIN 0001,
bottom trawl designed for use on single vessel, quantity two (2); CLIN
0002, spare parts kit, quantity one (l); and CLIN 0003 (Alternate),
bottom trawl designed for use on multiple vessels, quantity two (2).
Description: The trawls shall be used to sample fish on extremely rough
bottom at depths up to 500m during research and assessment surveys in
the Antarctic. Trawls shall be operated from a chartered vessel with
these features: gross tonnage - 4330; displacement - 5660 MT; overall
length - 104.5m; max draft - 7.2m; max beam - 16.6m; 2 engines - each
3500 HP, rotating 520RPM; reduction gear ratio - 3.56; 1 variable pitch
propeller 146.3RPM, 3.7m diameter, 4 blades; bollard pull - 55,000LB;
trawl ramp. If CLIN 0003 is selected, trawls shall be designed for
subsequent research on other chartered vessels as yet unidentified.
These vessels would be a minimum length of 70m with 2,000HP; trawls
would be hauled with either a stern roller or a stern ramp. The Offeror
shall supply all equipment connected to the terminal ends of the trawl
warps. Trawls specified include nets, doors, bridles, footropes,
headropes, codends, and any additional components required to make each
piece of gear ''ready to fish'' upon delivery. The minimum requirements
are: (1) Trawls (including doors and net bellies) shall be designed for
use on rough bottoms. Footropes shall be rigged with either tire gear
or some other type of rugged ground tackle. If CLIN 0003 is selected,
footropes shall be usable on vessels without a stern ramp. (2) Within
trawls, all panels of different sized web shall be sewn together using
contrasting colored twine. Meshes no greater than 160mm (stretch
measure) shall be used to construct trawls. (3) Codends shall be
designed to handle smaller catches than normally associated with
commercial operations (maximum anticipated catches should not exceed 15
MT). Codends shall be lined with 40mm (stretch measure) mesh. Codends
shall be designed so catches can be lifted aboard vessels without a
stern ramp. (4) All meshes shall be nylon or polyethylene heat and
depth stretch to ensure proper mesh size and knot-setting. All meshes
shall be of a ''standard size'' with premade panels available from a
variety of manufacturers (for repairs). (5)Trawls shall be similar to
''proven design'' used by vessels participating in rockfish or atka
mackerel fisheries in the North Pacific. However, design can consider
use in research, small catches, and desired 3 year life. Features which
increase net longevity and ease of repair by minimally skilled
personnel are encouraged. (6) Trawls shall be compatible with use of
net monitoring equipment, i.e., Ocean System Netsweep 325 trawl sonar
or equivalent. (7) Offeror shall be associated with qualified West
Coast repair facilities to minimize shipping costs for needed repairs.
(8) Offeror shall supply spare parts kit with appropriate numbers of
spare bridles, bobbins, floats, net panels, codends, and twine. The
date of delivery is January 15, 1997. The place of delivery and
acceptance is U.S. AMLR PROGRAM, c/o Agencias Maritimas Broom & Cia.
Ltda., Roca 924, Castilla 67-D, Punta Arenas, Chile; FOB destination.
The solicitation provision at FAR 52.212.1, Instructions to Offerors-
Commercial Items, is hereby incorporated by reference. Clause FAR
52.212-2, Evaluation-Commercial Items is hereby incorporated by
reference and the evaluation criteria in descending order are: (1)
technical capability of item to meet Government requirements, (2) past
performance, (3) delivery, and (4) price. Criteria (1) through (3),
when combined, are significantly more important than price. The
technical proposal submitted should fully address each of the technical
evaluation criteria listed in (l) through (3). (1) Technical
capability: The Offeror shall explain through text, drawings, and plans
how each technical specification will be met. Drawings shall include
the intended trawl design with size and type of materials to be used.
Drawings should illustrate design of net, codend, bridle, footrope, and
headrope. The Government intends to include a drawing of the net design
when the results of the survey are published. Offerors shall discuss
the benefits/drawbacks of a trawl designed for single vs. multiple
vessel use. Offerors shall identify the associated repair facility and
list the contents of the spare parts kit. (2) Past performance:
Offerors shall provide a list of customers (names/telephone numbers) to
whom bottom trawl nets have been provided in the past 2 years. Offerors
shall identify the company's total years experience in producing trawl
nets, the total number of bottom trawl nets produced, and the
fisheries for which nets were constructed. Offerors shall identify key
personnel used in design, construction, and quality assurance. (3)
Delivery: Offerors shall identify the shipment method proposed and
describe how delivery will be assured by the required date including
potential delivery problems. (4) Price: Offerors shall provide a
breakdown for each line item. Offerors shall include a completed copy
of the provisions at FAR 52.212-3, Offeror Representations and
Certifications-Commercial Items, with the offer. Clause FAR 52.212-4,
Contract Terms and Conditions-Commercial Items is hereby incorporated
by reference. Clause FAR 52.212-5, Contract Terms and Conditions
Required To Implement Statutes Or Executive Orders-Commercial Items, is
hereby incorporated by reference. The following paragraphs apply to
this solicitation and any resultant contract:
(b)(6)52.222-26,(b)(7)52.222-35, (b)(8)52.222-36,
(b)(9)52.222-37,(b)(10)52.225-3, (b)(15)52.225-21. Signed and dated
offers (one original/two copies) are due on November 12, 1996
(11/12/96) at 2:30 p.m. local time. Offers must be submitted to
Department of Commerce, NOAA; WASC, Procurement Division, WC32; 7600
Sand Point Way NE, Bin C15700; Seattle, WA 98115-0070; Attn Kristine
Hostetler. Contact Kristine Hostetler, Contract Specialist, at (206)
526-4546 or FAX (206) 526-6025 for information regarding this
solicitation. (0297) Loren Data Corp. http://www.ld.com (SYN# 0140 19961024\20-0001.SOL)
20 - Ships and Marine Equipment Index Page
|
|